Mechanical Treatments, Hobe Sound NWR, FL
ID: 140FS325Q0058Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mechanical treatments at the Hobe Sound National Wildlife Refuge in Florida. The primary objective of this procurement is to conduct vegetation management over approximately 88 acres, enhancing habitat for native wildlife, particularly the Florida scrub-jay, while adhering to environmental regulations. This project is crucial for maintaining biodiversity and reducing wildfire hazards in scrub habitats. Interested contractors must submit their quotes by April 4, 2025, with a total contract value of approximately $11.5 million, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 12:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for mechanical vegetation treatments at the Nathaniel P. Reed Hobe Sound National Wildlife Refuge in Florida for FY25. The project aims to reduce scrub fuels to manage vegetation and enhance habitat for native wildlife, particularly the federally listed Florida scrub-jay. The contractor is responsible for providing all necessary personnel, equipment, and materials to perform the work while adhering to specific guidelines and protecting endangered species such as gopher tortoises and Eastern indigo snakes. The project includes treatment of approximately 88 acres, utilizing mechanized methods to ensure minimal ecological disturbance and avoiding non-target species. The contractor must comply with a detailed plan to complete the work within six months while maintaining ongoing communication with government representatives. The contract structure is Firm Fixed Price, and performance will be evaluated against established metrics, emphasizing compliance, safety, and effective vegetation management to maintain a healthy ecosystem and reduce wildfire hazards. The project underscores the ecological importance of scrub habitats and the urgency of restoring these areas to support biodiversity.
Mar 27, 2025, 12:04 PM UTC
The document outlines a federal request for proposals (RFP) for mechanical treatments at the Nathaniel P. Reed Hobe Sound National Wildlife Refuge (NWR) from April 15, 2025, to February 28, 2026. It includes a quote schedule for managing three designated units totaling 88 acres, with specific coordinates for each area: Unit 1 encompasses 58 acres, Unit 2 spans 9 acres, and Unit 3 covers 21 acres. The pricing structure includes a unit price that comprehensively covers all necessary supplies and materials required for the project. This initiative is designed to enhance land management practices at the refuge, focusing on conservation and habitat improvement while complying with federal regulations. The document serves as a formal solicitation for contractors to submit bids to perform the required services within the specified timeframe and location.
Mar 27, 2025, 12:04 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for various occupations in Florida, specifically the counties of Martin and St. Lucie. The minimum wage requirements derive from Executive Orders 14026 and 13658, mandating contractors to pay at least $17.75 or $13.30 per hour respectively, depending on contract dates and extensions. A detailed list of occupational codes includes wage rates for roles such as administrative support, automotive service, food preparation, and healthcare positions. Employees are entitled to health and welfare benefits, vacation, and holiday pay. The document also specifies conformance processes for unlisted job classes, ensuring workers are compensated relative to established wage rates. Additionally, it mentions specific provisions like uniform allowances and hazardous pay differentials that may apply to certain occupations. This wage determination is important for federal contractors to comply with labor standards, thereby ensuring fair labor practices within government contracts.
Mar 27, 2025, 12:04 PM UTC
The Past Experience Questionnaire is a critical component of federal contracting solicitations, designed to assess a prospective contractor's qualifications and experience. It requires companies to provide detailed information about their business, including their type of organization, years of relevant experience, and previous contract performance, specifically focusing on federal contracts. Key sections include inquiries about employee availability and expertise, as well as references from past projects that reflect similar scope and complexity to the current solicitation. Contractors must certify the accuracy of their information before submission. This structured approach ensures that the government can evaluate the contractor’s capability to fulfill project requirements effectively, emphasizing the importance of demonstrated past performance in the selection process.
Mar 27, 2025, 12:04 PM UTC
The document serves as Amendment 0001 to Solicitation No. 140FS325Q0058, correcting the closing date for offers related to the FL Hobe Sound NWR - Hobe Sound - Scrub Mechanical Treatments. The deadline for submission has been extended to April 4, 2025, at 2 PM EST. Contractors are instructed to acknowledge receipt of this amendment in their submissions or via electronic communication prior to the new deadline. The amendment details the protocol for modifying existing offers and clarifies that all other terms and conditions remain unchanged. Key contact points for technical inquiries and contract administration are provided, ensuring that interested parties have access to necessary support for their submissions. This amendment demonstrates the government's intent to maintain transparency and facilitate contractor participation in the solicitation process while ensuring compliance with administrative requirements.
Mar 27, 2025, 12:04 PM UTC
The document outlines a Request for Proposal (RFP) for contract services associated with Scrub Mechanical Treatments at the Hobe Sound National Wildlife Refuge. The project is scheduled to be administered by the U.S. Fish and Wildlife Service, with the contract effective from April 15, 2025, to February 28, 2026. The primary objective is to conduct mechanical vegetation treatments, with the total award amount set at $11.5 million. Offerors are required to submit their proposals, adhering to guidelines specified in the Federal Acquisition Regulation (FAR) and other applicable clauses. The evaluation process emphasizes best value, considering technical performance and pricing. The document also incorporates numerous statutory requirements and executive orders related to small business participation, environmental compliance, and socio-economic initiatives. Additionally, contractors are mandated to comply with payment systems, reporting obligations, and maintain eligibility regarding procurement practices, solidifying the government's commitment to equitable business opportunities and regulatory compliance throughout the contracting process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
PA-JOHN HEINZ NWR AT TINICUM-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified vendors to provide aerial herbicide application services at the John Heinz National Wildlife Refuge at Tinicum, targeting invasive plant species such as Phragmites australis and Lythrum salicaria. The project requires vendors to supply all necessary equipment, labor, and materials to achieve a minimum of 90% coverage over up to 100 acres during the translocation season from August 15 to October 20, 2025, while adhering to safety regulations and herbicide label instructions. This initiative is part of the government's broader commitment to invasive species management and environmental preservation. Interested parties must submit their quotations by May 6, 2025, and are encouraged to direct any questions to Merenica Banks at merenicabanks@fws.gov.
OR-HART MTN-NTL ANTELOPE REF PINE STRG
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further details.
Nungaray National Wildlife Refuge - Limestone Road
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the procurement of 5,060 tons of Grade A limestone road base to be delivered to the Jocelyn Nungaray National Wildlife Refuge. This limestone will be utilized for the repair and maintenance of refuge roads, ensuring safe and accessible pathways for wildlife management and visitor access. The contract is designated as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. Interested vendors must submit their quotations by May 15, 2025, with the delivery period scheduled from September 1, 2025, to December 31, 2025. For further inquiries, potential bidders can contact Tariq Malveaux at tariqmalveaux@fws.gov or by phone at 703-629-2655.